HomeMy WebLinkAbout6.q. Receive Specifications/Authorize Ad for bid for Mini Rescue Truck for Fire DeapartmentAGENDA ITEM: Receive Specifications/ Authorize Ad for
Bid for Mini Rescue Truck for Fire Dept
AGENDA SECTION:
CONSENT
PREPARED BY: Linda Jentink, City Clerk
AGE S
ATTACHMENTS: Specifications, Public Notice
APPROVED BY:
RECOMMENDED ACTION: MOTION to receive the specifications and authorize the
bid for a mini rescue truck for the Rosemount Fire Department with the bid opening
21, 5:00 p.m.
ad for
on June
ACTION:
City Council Meeting: MAY 17, 2005
CITY OF ROSEMOUNT
EXECUTIVE SUMMARY FOR ACTION
ISSUE
Council consideration to accept the bid specifications for a mini rescue truck for the Fire
Department and authorize publishing the ad for bid.
BACKGROUND
The Fire Department has requested the purchase of a mini rescue vehicle. Fire Department
Captain Mike Reis headed a Fire Dept. committee to review the options in the specifications
that would best suit the City of Rosemount. This vehicle has been in the Capital
Improvement Project listed as the back -up rescue truck. It will be funded by Equipment
Certificates which will go to bond sale on May 24, 2005.
The bids will be received for thirty days following publication with the formal bid opening on
June 21, 2005 at 5:00 p.m. The City Council will consider the bid results at the July 5th
regular meeting pending review of the bid tabulations.
SUMMARY
Staff recommends a motion to receive the specifications and authorize the ad for bid for a
mini rescue truck for the Rosemount Fire Department with the bid opening to be held on June
21, 2005 at 5.00 p.m.
4 ROSEMOUNT
CITY OF ROSEMOUNT
ADVERTISEMENT OF BID
Mini Rescue Vehicle
ADMINISTRATION
Notice is hereby given that sealed bids will be received by the City of Rosemount until 5:00 p.m.
on June 21, 2005 and will then be publicly opened and read aloud. Bids are being requested for
a light rescue vehicle with rescue equipment and devices as put forth in the specifications.
Specifications may be obtained through the office of the City Clerk, City of Rosemount, 2875
145 St. W., Rosemount, MN 55068.
All bids shall be made on forms from the office of the City Clerk, which will be furnished free,
to each bidder upon his request.
All bids must be sealed, marked "Bids for Mini Rescue Vehicle" and addressed to the City Clerk.
Each bid shall be accompanied by a certified check, cashier's check, or bid bond in the amount
of five (5 percent of the total bid price, made payable to the City of Rosemount.
The City of Rosemount reserves the right to reject any and all bids and to accept the bid it feels is
in the best interest of the community.
Dated this 17th day of May, 2005.
BY ORDER OF THE CITY COUNCIL.
Linda J Jentink, City Clerk
City of Rosemount
Dakota County, Minnesota
Auxiliary aids and services are available Please contact the City Clerk at 651- 322 -2003 or
651- 322 -6219 (TDD number) to make a request. Examples of auxiliary aids or services may
include sign language interpreter, assistive listening kit, accessible meeting locations, etc.
SPIRIT OF PRIDE AND PROGRESS
Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 -4997
651- 423 -4411 TDD /TTY 651- 423 -6219 Fax 651- 423 -4424
www ci.rosemoun mn.us
5/13/05
Custom Fire
509 68 Ave
Osceola WI 54020
1- 800 443 -8851
Clarey's Safety Equipment, Inc.
3555 9th Street N.W.
Rochester, MN 55901
1- 800 -558 -8009
Tom Conway Truck Equipment
907 Whitewater Ave
St. Charles MN 55972
1 -507- 932 -5855
Mailing list for Mini Rescue Vehicle
General Safety Equipment
25900 Fallbrook
Wyoming MN 55092
1- 651- 462 -1000
North Central Ambulance Sales
Service
18448 CR 9
P.O. Box 249
Lester Praire MN 55354
1- 763 493 -2514
Hieman Fire Equipment
248 HWY 60 Blvd.
Ashton IO 51232
1- 800 831 -8547
CONTACT:
CITY OF ROSEMOUNT
GENERAL INSTRUCTIONS,
REQUIREMENTS, AND SPECIFICATIONS
MINI RESCUE VEHICLE
Linda Jentink, City Clerk
Rosemount City Hall
2875 145 Street West
Rosemount, Minnesota 55068
651- 322 -2003
All questions /clarifications /inspections contact:
Fire Dept Captain Mike Reis
(Cell) 612 328 -7749
City of Rosemount
2875 145 Street West
Rosemount, Minnesota 55068
We submit for your consideration the following bid in accordance with specifications on file in
the office of the City Clerk in the City of Rosemount.
MAKE OF EQUIPMENT BID
MODEL OF EQUIPMENT BID
All prices must be F.O.B. Rosemount, Minnesota.
Base Bid
Mini Rescue Vehicle
NOTE: Any deviation from specifications for this mini rescue vehicle shall be noted on
the specification sheet and a written explanation as to the exception provided with this bid form.
Failure to do so may be reason for rejection of the bid.
1 DELIVERY DATE:
1
If the mini rescue vehicle is not delivered by the date stated or time specified, $50 per day
liquidated damages will be enforced.
Authorized Signature and title
Bid enclosure requirements:
1. Bid Form and specification sheets.
2. Authorized Signature (within bid form).
3 Statement of any deviations to
specifications, attach to bid form.
BID FORM
FOR
Mini Rescue Vehicle
1
1
Date
VENDOR'S NAME
4. Manufacturer literature specifications
sheets.
5. Manufacturer warranty statement.
6. Option/altemates to be bid individually.
Mini Rescue Specification
For the Rosemount Fire Department
Scope
This specification covers a new, commercially produced, light rescue vehicle,
hereinafter referred to as rescue vehicle. A vehicle in compliance with this
specification shall be defined as a standard rescue.
Bidder Complies Y or N
Purpose
The purpose of this document is to provide minimum specification and test
parameters for the manufacture of a rescue vehicle that meets the needs of this
agency. It establishes essential criteria for the design, performance, equipment
and appearance of the vehicle. The object is to provide a vehicle that is in
accordance with nationally recognized guidelines.
Bidder Complies Y or N
General
This is an engineer, design, construct and deliver type specification and it is not the
intention of this agency to write out vendors or manufacturers of similar or equal
equipment of the types specified. It should be noted, however, that this
specification is written around specific needs of this agency. With the intent to
standardize certain components, therefore, in numerous places we have named
specific brands of components. This has been done to establish a certain standard
of quality. Other brands will only be accepted providing the vendor provides
documentation in the bid that the particular brand offered meets or exceeds the
quality of the actual brand called for the specification.
Bidder Complies Y or N
Materials
The light rescue vehicle, chassis, rescue body, equipment, devices, accessories
and electronic equipment to be delivered under this contract shall be standard
commercial products, which meet or exceed the requirements of this specification.
The rescue vehicle shall comply with all Federal Motor Vehicle Safety Standards
(FMVSS), the Federal regulations applicable or specified for the year of
manufacture. The chassis, components and optional items shall be as
represented in the manufacturer's current technical data Materials used in the
construction shall be new and not less than the quality conforming to current
engineering and manufacturing practices Materials shall be free of defects and
suitable for service intended.
Bidder Complies Y or N
1
Manufacturing Ability
It is the intent of these specifications that the manufacturer of this vehicle has the
ability to manufacture a complete rescue vehicle within their plant facility, except
for the chassis. Accessories such as light bars, sirens, etc., are not considered as
basic components of the modular body.
Bidder Complies Y or N
Exceptions to Specifications
Any exceptions to these specifications indicated must be clearly pointed out.
Otherwise, it will be considered that items offered are in strict compliance with
these specifications and the successful bidder will be held responsible for
delivering a vehicle meeting these specifications. Any exceptions must reference
by Paragraph Number and Line and be explained in detail on a separate sheet
marked "Exceptions" Any bidder not complying shall not be considered as
responsive.
Bidder Complies Y or N
Information and Descriptive Material
Bidder must furnish all information requested. In addition, in the space provided on
the bid, vendors shall supply at least one (1) complete set of drawings, descriptive
literature and complete specifications covering the products offered. Bids not
meeting this requirement will be rejected.
Bidder Complies Y or N
Prices and Payments
All bid prices shall be complete and include warranty and delivery of the completed
vehicle to this agency.
Payment shall be made in accordance with these specifications and the Bid
Proposal submitted by the Bidder. Payment will be made upon acceptance of the
vehicle and equipment specified under these specifications.
All bid prices and conditions must be specified on the Bid Proposal Form. Bid
prices shall be valid for at least 30 days from the date of the Bid Opening, or as
otherwise specified on the Bid Proposal form
Full payment will be made when unit is received, inspected and found to comply
with procurement specifications, free of damage and property invoiced
Bidder Complies Y or N
2
General Warranty
The new fire apparatus manufactured per these specifications shall be warranted
for a minimum of ONE (1) year from the date of delivery, except for the chassis
and other components noted herein
Under this warranty, Bidder agrees to furnish any parts to replace those that have
failed due to defective material of workmanship where there is no indication of
abuse, neglect, unusual or other than normal service providing that such parts are,
at the option of the Bidder, made available for inspection upon request, returned to
Bidder's factory or other location designated by Bidder with transportation prepaid
within 30 days after the date of failure or within ONE (1) year from the date of
delivery of the apparatus to the original purchaser, whichever occurs first, and
inspection indicates the failure was attributed to defective material or workmanship.
Accessories /components warranted by their original manufacturer may be subject
to re- installation charges under the terms of their respective warranties, especially
if such warranties exceed the above 1 -year warranty terms
The warranty on the chassis and chassis supplied components, storage batteries,
generators, electrical lamps and other devices subject to deterioration is limited to
the warranty of the manufacturer thereof and adjustments for the same are to be
made directly with the chassis manufacturer by the Purchaser
This warranty will not apply to any fire apparatus which has been repaired or
altered outside the manufacturer's factory or designated facility in any way, which,
in the manufacturer's opinion might affect its stability of reliability. Each warranty
claim needing repair or service at the designated facility must receive
preauthorization by Manufacturer prior to performance of any work.
This warranty will not apply to those items which are usually considered to be
normal maintenance and upkeep services: including, but not limited to, normal
lubrication or proper adjustment or minor auxiliary pumps or reels.
This warranty is in lieu of all other warranties, expressed or implied all other
representations to the original purchaser, and all other obligations or liabilities,
including liabilities for incidental or consequential damage on the part of the Bidder.
Without limiting the foregoing, any express or implied warranties of merchantability
or fitness for a particular purpose or warranties arising by Bidder neither assumes
nor authorizes any person to assume for Bidder, any liability in connection with the
sales of Bidder's apparatus unless made in writing by the Bidder
10 -YEAR WARRANTY ON ALUMINUM BODY FABRICATIONS
3
The fire apparatus manufacturer (body builder) shall warrant to the original
purchaser only that the aluminum body components as fabricated by the body
builder, under normal use with the reasonable maintenance, be structurally sound
and shall remain free from corrosion perforation for a minimum of TEN (10) years.
This warranty does not apply to the following items which are covered by a
separate warranty: paint finish, hardware, moldings, and other accessories
attached to this body
Fire apparatus manufacturer makes no other warranty, express or implied,
with respect to the aluminum body and all implied warranties of
merchantability and fitness for a particular purpose are hereby disclaimed.
The body builder shall replace, repair at the factory, or make a fair allowance for
any defect in material or workmanship demonstrated to the satisfaction to have
existed at the time of delivery or not due to misuse, negligence, or accident
without charge. if the body builder elects to repair the body, the extend of such
repair shall be, determined solely by the body builder, and shall be performed
solely at the body builders factory, or at an approved facility. The expense of any
transportation to or from such repair facility shall be borne by the purchaser and is
not an item covered under this warranty
The fire apparatus manufacturer (body builder) shall not be liable for consequential
damages and under no circumstances shall its liability exceed the price for a
defective body. The remedies set forth herein are exclusive and in substitution for
all other remedies to which the purchaser would otherwise be entitled.
The fire apparatus manufacturer (body builder) shall be given a reasonable
opportunity to investigate all claims. The purchaser must commence any action
arising out of, based upon or relating to agreement or the breach thereof, within
twelve months from the date the cause of the action occurred.
5 -YEAR APPARATUS PAINT WARRANTY
The five (5) year paint performance guarantee will cover the areas of the vehicle as
are originally finished by the apparatus body manufacturer with the specified
product for a period of five (5) years beginning the day the vehicle is delivered to
the purchaser.
The areas as outlined on the Guarantee Certificate, will be covered for the
following paint failures:
GUARANTEE INCLUSIONS:
FULL APPARATUS BODY:
Peeling or delamination of the topcoat and /or other layers of paint.
4
Cracking or checking
Loss of gloss caused by cracking, checking, or hazing
Any paint failure caused by defective finishes which are covered by this
guarantee
All guarantee exclusions, limitations, and methods of claim are covered in the full
certificate provided to the original owner.
The warranty on the chassis paint is limited to the warranty of the manufacturer
thereof and adjustments for the same are to be made directly with the chassis
manufacturer by the Purchaser.
Bidder Complies Y or N
Inspection Trips
The Truck Committee members shall be advised as to the date of the following
phases of construction. Pre Construction (prior to bending of metal). Pre -Paint
(final design /equipment layout), and Pre Delivery. Truck Committee members
reserve the right to travel to the factory during these stages of construction.
Bidder shall arrange for the above specified "Pre- Construction Conference to be
held at the manufacturer's factory, at which time all final designs and equipment
mounting locations will be approved Any changes to original proposal
specifications, as approved at the Pre Construction Conference, shall be noted on
a "revised specification provided by the manufacturer and distributed to Truck
Committee members within five working days after Pre Construction Conference.
Bidder Complies Y or N
Delivery
The delivery schedules that are submitted by the Bidder and agreed upon by the
Purchaser shall automatically become binding upon the successful Bidder.
Bidder Complies Y or N
General vehicular Design, Types and Floor plan
The rescue vehicle and the allied equipment furnished under this specification shall
be the manufacturer's current commercial vehicle of the type and class specified.
The rescue vehicle shall be complete with the operating accessories as specified
herein: furnished with such modifications and attachments as may be necessary
5
and specified to enable the vehicle to function reliably and efficiently in sustained
operation, the design of the vehicle and the specified equipment shall permit
accessibility for servicing, replacement and adjustment of component parts and
accessories with minimum disturbance to other components and systems The
term "heavy duty" as used to describe an item, shall mean in excess of the usual
quantity, quality or capacity that is normally supplied with the standard production
vehicle component
Bidder Complies Y or N
Chassis
The Rosemount Fire Department shall supply the chassis.
The chassis shall be:
2006 Ford F -450 Crew Cab DRW
Oxford White
Diesel Engine
Automatic Transmission
200" wheel base 84" cab to rear axel
Four Wheel Drive
Air Conditioning
XL Decor Group
Front Bucket Seats
Rear Split Bench Seat
Duel Alternator
Bidder Complies Y or N
Chassis Additions
Rubber mud flaps shall be installed behind the front and rear wheels.
Diamond plate running boards, matching diamond plating on rescue body shall be
installed on the chassis.
Stainless Steel Decor wheel simulators with fill extensions shall be installed on the
chassis
Bidder Complies Y or N
Instrument Console
In the vehicle's cab there shall be provided a control console. It shall be
constructed to allow easy access to the specified gauges, controls, radio and
switches as required by these specifications. This console shall be installed in a
floor- mounted housing to the driver's right side It shall not interfere with the
operation of dash mounted controls, nor will it be installed above the level of the
6
dash. The console shall be connected to the master printed circuit board by a
single cable with quick- disconnect, computer -type plug -in connections. There shall
be no electrical components for this console mounted in the vehicle dash.
Consoles mounted overhead are unacceptable since they require the driver to look
away from the road. NO EXCEPTIONS.
A center console shall be provided between the bucket seats in the cab. The
console shall have two (2) map storage slots and provide an area for mounting the
fire department accessories.
Bidder Complies Y or N
Electrical System
The rescue vehicle's electrical system shall be equipped with, but not limited to the
following: dual 12 volt batteries, ignition, starting, generating, lighting, visual and
audible warning systems, specified electronics equipment and devices to include
control console located in the cab other specified accessory wiring. The electrical
systems and equipment shall comply with all applicable FMVSS including Federal
Motor Carrier Safety Regulations (FMCSR), and shall also conform to all the
applicable SAE recommended standard and practices whether or not specifically
referenced in this document.
All electrical and electronic components shall be selected to minimize electrical
loads and levels of heat generated by those electrical components thereby not
exceeding the vehicle's generating system capacity or diminish its ability to provide
the required levels of electrical power Electrical systems utilizing switching of "hot
load" circuits for emergency and warning lighting shall not be accepted by this
agency. All electrical system components and wiring shall be readily accessible
through access panels for checking and maintenance. The cab console shall also
be constructed in such a way that the switches and gauges are easily serviced.
They shall be accessible through service panels. These panels will be secured in
the closed position in a positive manner; yet can be easily opened for service.
Bidder Complies Y or N
Battery System
There shall be furnished a Cole Hersee ON -OFF master battery switch. The
switch shall be mounted on the center Console. This switch shall be capable of
carrying the load of both batteries. Additionally, it shall be possible to completely
disconnect both batteries, with the switch in the off position. The switch shall
deactivate both body and chassis electrical power.
Bidder Complies Y or N
Battery System
7
The vehicle shall be supplied with a dual OEM 12 volt battery system. The
batteries will have a combined minimum cold cranking ampere capacity of 1500
CCA.
Bidder Complies Y or N
Battery Indicator
Two (2) battery indicator lights shall be provided. They shall be GREEN lights with
a surface equal to approximately inch. When the vehicle ignition switch is in the
"ON" position these lights shall indicate batteries are "on line" and powering the
system.
Bidder Complies Y or N
Driver's Compartment Controls
The front Control Switch Panel shall incorporate low voltage full size easy -to -use
rocker switches for rescue vehicle equipment operation, including, but not limited
to the following siren, all warning and emergency lights, battery indicator lights,
horn /siren cut -off switch, silent signal intercom, and rear flood lights, compartment
and entry door ajar warning light, body compartment master switch and emergency
lights master switch. The control console shall be connected to the electronic
control module by a computer cable. The control console shall not be integrated
into the center console. The control panel shall be positioned for efficient use by
the driver or passenger and to facilitate peripheral vision operation by the driver
allowing him continued visual contact with the roadway ahead The control
console's gauges shall be internally illuminated and controlled by the headlight
switch rheostat function.
Bidder Complies Y or N
Warning Indicators
The electrical system shall incorporate a warning light panel located in the front
control switch panel It shall provide indicator lights showing compartment door(s)
side and rear, are open and shall be flashing RED light approximately' /2" in
diameter. There shall be an exterior compartment "door open" warning light and
shall be flashing AMBER light approximately' in diameter.
Bidder Complies Y or N
Back -up Alarm
The vehicle shall have a solid -state back -up alarm of at least 97 decibels equipped
with a cancel button located on the front control switch panel that will deactivate
the alarm The alarm shall be an automatically resetting type whereby the alarm is
reactivated automatically each time the vehicle is placed in reverse gear. The
purchaser acknowledges and accepts that the provision for back -up alarm cut -off
switch may be in non compliance with motor vehicle regulations in certain states.
8
Bidder Complies Y or N
Emergency Lights Master Switch
The emergency lights "master" switch shall be Dual Touch Tech VI type switch
having a translucent label with a RED "on" indicator. The remainder of the function
switches shall be low voltage switches. The switch shall be connected to the
electronic control module by a computer cable. All switch labels shall be back
lighted, permanently identifying it as to function and have an LED indicator to show
what function is activated
Bidder Complies Y or N
Back Lighting
Back lighting for the front control switch panel shall turn on with the headlights and
be controlled by the headlight switch rheostat function.
Bidder Complies Y or N
Exterior Lamps
All exterior housings for lamps, electrical devices and fixtures shall be corrosion
resistant and weatherproofed. Electrical fixtures attached to the sides of the
rescue vehicle below the 75 -inch level shall be near flush mounted, not to protrude
more than two (2) inches.
Bidder Complies Y or N
Radio Interference Protection
All electronic devices and equipment installed which produce RFI, shall have the
proper filters, suppressors or shielding to prevent electromagnetic radiation and the
resultant interference to radios.
Bidder Complies Y or N
Wiring Installation
The rescue body and accessory electrical equipment shall be served by circuit(s)
separate and distinct from the vehicle chassis circuits. All power wiring provided
by the rescue vehicle manufacturer shall be copper and conform to all the SAE
J1292 requirements and shall have type GXL or SXL high temperature
thermoplastic or better insulation rated to 125 degrees centigrade and conforming
to SAE J1127 and J1128. Insulation on the low- voltage, computer -type control
cables shall have a minimum temperature rating of eighty
(80 C degrees centigrade.
Bidder Complies Y or N
9
Wiring Labeling
The wiring shall be permanently color coded; Ink Jet Dyed with the function the
wire serves. These function shall be embossed at a minimum of 4" intervals the
entire length of the wire.
Bidder Complies Y or N
Wiring Loom
The engine winng shall be routed in conduit or high temperature looms with a
rating of 300 degrees Fahrenheit, which is a different color that the OEM chassis
manufacturer's loom All added wiring shall be in protective loom, located in
accessible, enclosed and protected locations, and kept at least six inches away
from the exhaust system components Electrical wiring and components shall not
terminate in the oxygen storage compartment except for the compartment light and
door switch plunger. Wiring necessarily passing through an oxygen compartment
shall be routed in a metal conduit. All conduits, looms and wiring shall be secured
to the body or frame with insulated metal straps in order to prevent sagging and
movement which results in chafing, pinching, snagging, or any other damage. All
apertures on the vehicle shall be properly grommeted for passing wiring and
conform to SAE 1292. All items used for protecting or securing the wiring shall be
appropriate for the specific application and be standard automotive, aircraft, marine
or electrical hardware.
Bidder Complies Y or N
Circuit Connections
Circuit connections shall be made on high current terminal block, brass bolts, or
approved electronic connectors. Connection components selected to minimize
heat generation under circuit board. All terminals shall fasten directly to the
terminal block or be machine crimped to plastic enclosed spade terminals or open
ring connectors.
Bidder Complies Y or N
Circuit Connection (2)
The use of "Scotch- Lock" type fasteners is NOT ACCEPTABLE. To ensure
minimal voltage drop and secure connection, NO splices shall be allowed in the
wiring harness.
Bidder Complies Y or N
Wiring Gauge
10
All main harness wiring installed by the rescue vehicle manufacturer shall be rated
to carry 125% of the maximum load ratings of the circuit it is designed to service.
All cables larger than 18 AWG shall have the terminals mechanically crimped to
insure minimal voltage drop.
Bidder Complies Y or N
Battery Cable Routing
The routing of the battery cable shall be from the engine compartment to the main
power distribution panel. This panel's location is defined by where the
manufacturer elects to mount the malor electrical components that control the
electrical system The manufacturer may mount this panel at a place in the vehicle
of his own choosing so long as it is NOT in the engine compartment The battery
cables shall be 00 AWG cables run to the main power distribution panel via the cab
and shall be fully protected by high temperature loom and routed through rubber
insulated metal cable clamps. The battery cables shall not be routed under
chassis frame components. Cables routed in this manner shall render the bidder
as unresponsive and shall constitute grounds for rejection of any vehicle delivered
to this agency.
Bidder Complies Y or N
Wiring Criteria
All wiring devices, outlets, etc., except circuit breakers, and switches shall be rated
to carry at least 125% of the maximum ampere load for which the circuit is
protected There shall be a main power distribution board located within the
rescue vehicle. This panel shall incorporate an etched trace 'printed" circuit board
with plug in style relays and circuit breakers. The board shall be a polyclad layered
glass epoxy with a NEMA grade rating of FR-4. The board shall be rated to
withstand the MIL STD -810C Corrosion test and the MIL STD 551100 Thermo
Shock test. The panel shall incorporate LED indicators indicating relay drive circuit
operation. These LED's are labeled to indicate the circuit that is energized. This
board shall be mounted to a 125" aluminum panel that shall be attached to the
bulkhead in a manner to allow easy removal. All circuits in the panel shall be
permanently labeled with circuit number and function. These labels shall match
the wiring schematic included with the vehicle(s) at time of delivery it is preferred
that this panel be mounted on or near the front bulkhead of the forward exterior
compartment in a closed, well ventilated cabinet. All circuit breakers, relays,
flashers and diodes shall be mounted on this panel and be easily accessible.
NO EXCEPTIONS.
Bidder Complies Y or N
Electronic Control Module
11
Adjacent to the main power distribution board there shall be the electronic control
module. This module shall include four (4) etched trace "printed" circuit boards
connected to the total electrical system by three (3) computer type cables
This module shall direct low voltage switch commands from the front and rear
control panels to the relays on the main power distribution board. This module
shall be capable of upgrade to include, if specified, an automatic sequencer circuit
for emergency lighting and /or a load manager circuit to automatically "unload" non-
critical lighting in the event of battery or charging system problems. There shall be
spare dumper cards supplied with the vehicle for the logic board; one (1) each for
the five- minute timer circuit and the sequencer /load manager circuits, if specified
NO EXCEPTIONS.
A load manager with sequencer shall be supplied and installed.
A six -inch service loop of wire or harness shall be provided at all electrical
components, terminals, and connection points. Circuit breakers shall be of the
automatic reset type and designed specifically for each circuit. One spare 15-
ampere circuit breaker shall be provided for future use. A Whelen Model AF6016A
Dual Mode solid -state electronic flasher shall be heat sink mounted to the panel for
control of the flashing warning light system. Low voltage switches through the
electronic control module shall control this flasher. All connections and terminals
provided shall comply with SAE J163, or J561 or J928 as applicable
The main wiring harness for the module body shall be installed down the center of
the body ceiling. Each electrical circuit shall branch from its master harness as
needed There shall be no splices in this harness. Each circuit wire shall run from
the distribution panel to the fixture without a break or connection.
Bidder Complies Y or N
115 Volt AC Utility Power
The vehicle shall be furnished with a 2 -wire plus ground 115 volt AC wiring system
that is separate and distinct from the vehicle's 12 -volt DC wiring system. The 115
volt AC electrical system, including wiring and associated equipment, shall comply
with Article 551 of the National Electrical Code and with AMD Standard 009. This
system is to be used while the vehicle is on standby for powering maintenance
devices, medical equipment, battery chargers, and for any other device(s) deemed
necessary by this agency. The 115 -volt system shall incorporate a 15- ampere
ground fault interrupter (GFI) device.
Bidder Complies Y or N
Shoreline Inlet
A shoreline inlet shall be installed on the front face of the module, on the driver's
side. This inlet wiring shall connect to the 115 VAC outlets. This inlet shall be
12
rated at 115 VAC, 20 amperes and be permanently marked as such. This warning
shall comply with AMD standard 009
A Kussmaul 20 amp auto eject inlet with cover shall be supplied.
Bidder Complies Y or N
Marking of Switches, Indicators and Control Devices
All switches, indicators and control devices supplied by the rescue vehicle
manufacturer shall employ permanently engraved translucent labels. These shall
be backlit and be activated when the "MASTER" switch is on. Decals or other
"stick on" type labels are NOT ACCEPTABLE.
Bidder Complies Y or N
Door Open Module
All door open warning switches will be wired through individual circuits directly to a
solid -state LED diagnostic board. There will be individual circuit connections with
individual LED circuit indicators for identifying switch or circuit failures. This
module will be located in the ECC. An audible alarm will be mounted in the front
control console and will be an integral part of the electrical conversion system.
The audible alarm will be activated when any exterior compartment or entry door is
open The alarm will be bypassed when the vehicle is placed in park and will
automatically reactivate when the vehicle is placed in gear.
Bidder Complies Y or N
Vehicle Exterior Lighting
The basic exterior lighting shall comply with FMVSS Standard NO. 108 and the
requirements therein and include: amber front and rear directional signals and
hazard warning lights, front and rear side marker lights, back -up light(s), clearance
lamps, rescue vehicle emergency lights and hand -held spotlight. The side marker
lights shall also function as a turn signal indicator.
Two (2) Whelen 600 series LED Brake/Turn /Halogen Back up lights shall be
installed vertically on the rear.
Bidder Complies Y or N
Underbodv Lights
Six (6) underbody lights shall be supplied with the mini rescue. One light shall be
provided under each chassis door connected to the door switch. The light shall
activate in park. Two (2) lights shall be located at the rear of the mini rescue.
There shall be a switch on the console to activate all the underbody lights in
addition to the door switches.
13
Bidder Complies Y or N
Vehicle Emergency Lighting Systems
The emergency lighting system must provide the vehicle with 360 degrees of visual
warning conspicuity. The system must display highly perceptible and attention
getting signals that function in a mode system and convey the message in the
PRIMARY MODE "Clear the Right -of -Way" and the SECONDARY Mode
Hazard Vehicle stopped on Right -of -Way The Primary/Secondary modes shall be
controlled by a switch on the front control console.
Bidder Complies Y or N
Warning Lights
The warning light system shall contain two (2) Whelen 900 Series LED red lights
on the upper rear These lights shall function in a dual mode system.
The upper body warning lights shall be identical and mounted at the extreme upper
front corner and rear corner areas of the rescue body below the horizontal roofline.
Doors, auxiliary lights, or siren(s) shall not obstruct these warning lights. The
Whelen 700 Series LED red "grille" lights shall be located at least 30 inches above
the ground and below the bottom edge of the windshield and be laterally separated
by at least 18 inches, measured from centerline to centerline of each lamp The
Whelen 700 Series LED red "intersection" lights shall be mounted on the front
fenders of the chassis as far forward as possible. Two (2) Whelen 700 Series LED
red lights shall be provided in the wheel well area, one on each side Two (2)
Whelen 700 Series LED red lights shall be provided on the lower rear, one in each
side All warning lights furnished shall be mounted to project their highest effective
intensity beams on the horizontal axis.
A code 3 MX 7000 lightbar with opticon shall be supplied by the Rosemount Fire
Department. The successful Bidder shall install the lightbar and opticom.
Two (2) 12 volt scene lights shall be provided on the rear of the apparatus. There
shall be a switch in the center console and a switch at the rear to activate lights.
The fights shall also be activated when the truck is in reverse.
Bidder Complies Y or N
Hardware, Construction, Switching Arrangements
The emergency lighting system shall be comprised of components and devices
that comply with the general requirements and tests of SAE J575g, J576d, and
J551 Waming lights shall be firmly fastened to reinforced body surfaces All
connectors and wiring shall be rated to carry a minimum of 125% of their maximum
ampere bad.
14
All emergency light switches shall be labeled. The PRIMARY /SECONDARY mode
switch shall have a dual indicator light to show the driver which mode is activated.
All warning light control switches shall be located in the driver's console. The
emergency light switches shall be wired and arranged to provide the warning light
signal modes and combinations.
Bidder Complies Y or N
Spotlight
A hand -held spotlight shall be provided with a minimum 100,000 candlepower
lamp It shall be a corrosion proof housing with a momentary switch and a
minimum 8 -foot heavy duty coiled cord. It shall be hard -wired into the front switch
console.
Bidder Complies Y or N
Vehicle Interior Lighting
The basic interior lighting configuration shall be designed to minimize electrical
loads to include: A driver's compartment dome light, instrument panel lights,
master switch panel and console light(s)
Lighting shall be designed and located so that no glare is reflected into the driver's
eyes or his line of vision from switch control panels or other areas that are
illuminated while the vehicle is in motion.
Bidder Complies Y or N
Body, General Construction
It is the intention of these specifications to require that the all aluminum rescue
modular body be designed and fabricated to provide the safest possible
surroundings while offering the greatest available payload capability in an
affordable, state of the art environment. No rivets screw, or other metal fasteners
shall be used for the attachment of any exterior body panel to a structural member.
Bidder Complies Y or N
Body Skin Thickness and Alloy
All sidewall, front and rear panels will be single piece 1125" 5052 H34
aluminum with a minimum density of 1.75 pounds per square foot. The single
piece body skin shall be attached to the 2" x 2" structural with interval welds
spaced at 8" along the mating edge of each structural tubing member. In addition,
the skin shall be bonded to each structural upright full length using high strength
Chemrex CX 400 adhesive. The body skin is welded to each corner post along the
inside contact point of each corner extrusion. This method if installation provides a
15
welded application to the entire perimeter of the body side skin, a bonded
attachment to the wall substructure and an additional flexible adhesive bond for
enhanced support Alternative bonding methods that utilize liquids, caulks, tape or
rivets as an attachment process for bonding the side skin to the body structure will
not be acceptable.
Bidder Complies Y or N
Body Structural Framing
All framing will be a minimum of 2" x 2" square tubing with a wall thickness of 125"
and an alloy rating of 6061 -T6. Tubing members will be spaced on a minimum 12-
inch centers for optimum load and structural support. Gussets shall be added at all
stress points. Gussets will be either .250" plate or 2" square tubing welded to the
adjacent structural member at 45- degree angles for diagonal strength.
Bidder Complies Y or N
Vertical Corner Posts
As a part of the inherent structural strength of the modular unit, the use of
reinforced extruded corner post is required The vertical posts will measure
2.75" x 2.75 with a 2.125" radius, a minimum wall thickness of 125" and will have
an alloy rating of 6061 -T6 The extrusion shall have full length slots for insertion of
the exterior wall skin. This characteristic eliminates exposed panel edges and with
the added benefit of seam sealed joints, reduces oxidation and corrosion The slot
provides an area on the inside of the extrusion /sheet junction for welding the body
side skin to the corner extrusion. Additionally, the extrusion shall incorporate a full
length, integrally extruded center reinforcement rib with a minimum thickness of
.200 inches and two side flanges. Rolled radius corners post, or "add -on" type
covers that are not a part of the extruded vertical corner posts, shall not be
accepted
Bidder must be prepared to verify compliances with this section. Drawings and
samples of actual matenals used may be required The lower ends of the vertical
corner posts must be closed off with an aluminum plate. The vertical corner posts
and the roof corner extrusion shall be mated by a cast aluminum corner cap
welded to all three extrusions inside and out. Construction, which merely welds
the extrusions together, is unacceptable.
Bidder Complies Y or N
Roof
The roof shall be constructed of a SINGLE aluminum sheet minimum .090 inch
think. Roof framing to be 2" x 2" square tubing on 12 inch centers below three (3)
longitudinal full length extruded hat sections measuring 1" x 3" x .125" thickness
with an alloy of 6061 -T6. The roof sheeting shall not be required as integral part of
the roof structure, but the roof structure itself shall be designed to carry the
16
required load. In addition, a minimum 1" "crown" shall be built into the roof
structure to facilitate water run off and a flat roof will not be considered.
Bidder Complies Y or N
Horizontal Roof Edge
Roof edge extrusions to measure 6" x 4.75" minimum with a 2" radius, and a
minimum wall thickness of .125 Roof edge to be extruded from 6061 -T6 temper
and alloy material and contain a drip rail integral to the structure. Roof sheet shall
be welded to the outer extrusions using a continuous weld on all four sides.
Bidder Complies Y or N
Static Load Test
The rescue vehicle body as a unit shall be designed and built to provide impact
resistance. The body shall be of sufficient strength to support the entire weight of
the "fully" loaded vehicle on its top or side if overturned, without crushing,
separation of joints, or excessive deformation of roof bows, reinforcements, body
parts, doors, floor members, inner linings, outer panels, rub rails or any other
structure in accordance with AMD Standard No 001.
Bidder Complies Y or N
Sub floor Structure
The sub floor structure of the modular body shall be constructed of 2" x 2" x .125"
structural channels. There shall be two (2) longitudinal and six (6) lateral channels
welded to the modular body under the subfloor. There shall be a double channel
at the rear door area and a corner -to- corner channel at the front wall of the
module. In addition, around the fuel tank area there shall be four (4) 1" x 2"
channels welded between each of the longitudinal supports and spaced not greater
than 12" apart The subfloor structure shall accommodate a 4" x 5" x .250" Tube of
6061 -T6 alloy as an "in- frame" pass through for the OEM fuel filler neck.
Accommodations for this fuel filler that employ routing under the sub -floor frame or
with frame trimmed away to allow the fuel filler to pass through shall not be
acceptable to this agency.
Bidder Complies Y or N
Body Mounting
The modular body shall be mounted to the chassis with a system of rubber pucks
Other methods of body to chassis mounting which do not match the way the OEM
cab is mounted will not be considered because of the inordinate amount of stress
created by the cab and the modular body flexing differently and thereby working
against each other.
17
There shall be ten (10) W thick by 6" wide aluminum plates of 6061T6 alloy
welded to the underside of the structural floor to provide puck mounting locations
five (5) per side. Rescue body shall be bolted to chassis using pre- existing holes
in chassis frame in a manner so as to comply with all specifications. The puck
mounting bolts shall be installed from the underside up through the puck assembly
and both mounting brackets with a steel plate and weldnut assembly on top. Puck
mounting bolts are to be properly torqued to 60 -65 ft.lb. There shall be .125"
ribbed rubber electrolytic barriers between the dissimilar metals of the steel
weldnut assembly and the 'h" aluminum mounting plates For ease of remount, the
bolts can be easily removed from the underside of each puck.
Bidder Complies Y or N
Door Construction
All module entry and compartment doors to be a minimum of 2 inches thick and
fabricated in the following manner:
(A) Exterior door skin shall consist of a single .125" aluminum sheet that is
machine cut and formed to provide a smooth and unbroken finish. The door shall
include a full perimeter internal extrusion designed to create a solid, square
support structure for each door. This extrusion shall be designed in such a way
that when the door is finished, there is no visible extrusion showing, thus creating a
smoothly finished edge that will not allow dirt, salt, or other foreign matter to be
trapped around the extrusion. Door extrusions will be mitered at each corner, fitted
with an extruded, saw toothed key seat specifically designed to insert into the door
extrusion and welded to promote a square fit and to prevent frame member to
separation. The doors will be interval welded around the inside seam of the
formed door skin and the extruded internal support.
(B) The doorjamb will consist of a custom exterior extrusion with an alloy rating of
6061 -T6. The doorjamb extrusions will be mitered at each corner and welded to
promote a square fit and to prevent frame member separation. The doorjamb will
be attached to the body framing with 3M -VHB tape, interval welding around the full
perimeter of the door opening and the joint between the jamb and the body side
skin will be thoroughly seam sealed to provide a smooth unbroken finish and to
prevent contamination, oxidation and corrosion. Bolting or screwing the casing to
the body is not acceptable.
(C). The exterior door skin panel shall be .125" thickness; 5052 -H34 ally rated
aluminum, with the formed corners welded and finished to provide a smooth
unbroken appearance.
(D). All doors to be reinforced with extruded internal braces bonded to skin
surfaces.
(E). All doors are to be flush with their adjacent extruded doorjambs.
18
(F). All doors shall have full length stainless steel hinges with a .250" diameter
pins Stainless steel hinges shall be punch slotted for vertical and horizontal
adjustments and attached with stainless steel screws. A neoprene barrier gasket
must be installed on both sides of hinge attachment.
(G). All doors shall close on a continuous, extruded rubber gasket complex
mounted on the inner flange of the door extrusion. The automotive style hollow
bulb seal will have an integral rubber flange designed to be inserted into a groove
provided on the inner doorframe extrusion. The interior edge of the doorjamb shall
be specifically engineered to provide a flat sealing surface around the entire
perimeter of the door opening. This specialized design provides an unbroken, full
perimeter seal outside the door latching assembly to enhance the watertight
integrity of each door. Seals that are glued on or mounted to the compartment
doors will be unacceptable due to their tendency to be torn by loading or unloading
onboard equipment.
(H) All access doors to be insulated with 1.875" Styrofoam.
(I). The lower surface of the door jamb of each exterior compartment shall be
trimmed with a stainless steel trip piece which conforms to the door sill and breaks
over and down the side of the body behind the lower body rub rail.
Bidder Complies Y or N
Rear Access Compartment Door
Access to the rear body compartment, housing the 40 "W x 84 "L rollout tray, shall
be through a full- height, slatted aluminum, roll -up door. This door shall provide a
clear opening above the rollout tray for easy access to equipment.
Bidder Complies Y or N
Hold -Open Devices
(A). All compartment doors are to have Suspa or equivalent hold- opens.
(B). Compartment and access doors are to have separate "door open" warning
indicator lights installed on the front switch control panel.
Bidder Complies Y or N
Exterior Compartment Latching Mechanism
All compartments shall have a latching mechanism with the following
characteristics
(A). All exterior compartments shall have near flush TriMark automotive style
paddle or ring handles with rotary type latches. These rotary style locks shall lock
19
on to a "NADIR" type pin located in the door frames. Nadir pins shall be
adjustable. Locking systems not using the above style hardware will be
unacceptable
(B) All of the above latches must be installed with a corrosion barrier type gasket
between latch and door surfaces C1052 zinc- plated steel connecting rods shall
be used between the paddle handle and the rotary latches. These rods shall be
threaded at the latch end to allow the door rod connector to be screwed onto the
rod itself The other end of the rod shall be a formed eyelet incorporating a hole for
the handle pin. This system shall conform to AMD Standard 002. Systems using
pulleys, cables, turnbuckles, or welded together components are not acceptable,
and will be rejected. No exceptions to the above requirements will be allowed
Systems using pulleys, cables or tumbuckles are not acceptable, and will be
rejected. No exceptions to the above requirements will be allowed.
Bidder Complies Y or N
Compartment Construction
All compartment top, sides and back panels must be a minimum thickness of .100
diamond -plate aluminum. Bottom of compartment must be .125 diamond -plate
aluminum All compartment joints must be sealed after MIG or TIG welding
Bidder Complies Y or N
Compartment Shelving
Outside compartment shall have the following minimum requirements:
(A) All shelving to be fabricated from .125" diamond -plate with retainer lips of 1" in
height showing diamond -plate on exposed surface.
(B) Shelving to be supported by four (4) heavy duty angle brackets attached to
four (4) full height formed vertical channel tracks (2 per side). interior flanges of
channel bracket to be serrated to insure positive locking of shelf position and
prevent shakedown of shelving during transit under heavy loads.
(C). Easy adjustment of shelf position to be accomplished by loosening four (4)
bolts.
(D). All exterior compartments and pull out trays shall be lined with Mate -Flex or
equal raised lining.
(E) All interior compartment finish, including interior door panels shall be sprayed
in bed liner type material, color shall be light gray.
Two (2) shelves in compartment 1 DSF
20
Two (2) shelves in compartment 4 DSR
Two (2) shelves in compartment 5 PSR
One (1) shelf in compartment 6 PS Middle over wheel
Two (2) shelves in compartment 8 PSF
Bidder Complies Y or N
Backboard Storage
Three (3) Storage Slots for backboard storage shall be provided in the upper
portion of the transverse area between compartment 2 (drivers side) and
compartment 7 (passenger side). The dividers shall be hung from the ceiling with
access from each side of the rescue
Bidder Complies Y or N
Body Trim
The following fixtures shall be added to the module shell for body protection and
enhanced appearance All items to be constructed of a minimum .125" thick bright
polished aluminum tread plate with a minimum alloy property of #3003. All trim
shall be attached with stainless steel screws or bolts and shall consist of the
following.
(A). Radius formed diamond -plate corner guards on all four corners with a
minimum height of 11 inches Front corner guards shall be 24
(B) 2" high by 1" wide boxed rub nails with tapered, closed ends shall be installed
at the bottom edge on each side of the body, Rub rails are to be bolted on for
ease of replacement and shall be spaced away from body .125" to prevent forming
a dirt trap.
(C) A full height, full width read diamond -plate kick plate shall be installed from the
rear step to the bottom of the rear door
(D) An aluminum open grid strut step with individual diamond -plate end caps shall
be installed at the rear. Step to be non flexing. End cap pod framework to be
constructed of 2" x 3" steel closed tube, corner braced and welded to mainframe
(E). A formed polished cast aluminum fender flare shall be installed at each
modular wheel well opening The flare shall provide additional body protection and
shall be installed in such a manner as not to rub the rear tires
(F). Recessed polished cast aluminum fill guards shall be installed at the fuel fill
openings in the streetside of the module.
Bidder Complies Y or N
21
Rear Tow Eyes
Tow (2) recessed rear tow eyes shall be provided on the rear of the rescue truck.
Bidder Complies Y or N
Floor
The sub floor of module body shall be .090 inch 3003 -H14 aluminum securely
welded to the wall structures and exterior compartment and completely sealed
from outside elements.
Bidder Complies Y or N
Front Compartment Heater
A 12 volt 1500 watt electric heater shall be provided in the front compartment. It
shall be a separate switch on the center console.
Bidder Complies Y or N
Pull -Out Compartment Tray, Rear
There shall be one (1) pullout slider tray, full width /full length, mounted in the rear
compartment of the rescue vehicle This tray shall be mounted on heavy -duty
sliders that allow the full length of the tray to be accessible outside the body of the
vehicle. The tray shall be constructed of .125" diamond -plate with 2 -inch high lips
on all four sides and TIP welded around all exposed edges. There shall be no
drain holes in this tray
Bidder Complies Y or N
Compartment Lighting
All compartments shall have individual lighting.
Bidder Complies Y or N
Telescopic Lights
Two (2) 500 watt bottom raise telescopic low profile lights shall be installed on the
rear of the rescue truck. These lights will be wired with 120 volt coil cord and be
permanently wired to recessed body mounted electncal Junction boxes Junction
boxes will be powered by generator circuit breaker panel located in the rear
cabinet.
Bidder Complies Y or N
Generator installation
22
The successful bidder shall install a Rosemount Fire Department supplied Honda
3500 watt generator on the rear roll out tray. The generator shall be mounted so
that it may be easily removed from the tray.
Bidder Complies Y or N
Generator Circuit Breaker Panel
There shall be one (1) square D or equal circuit breaker panel furnished
amperage to be determined by builder. There shall be one (1) individual switch
type manual reset circuit breaker for each 120 volt Telescoping Light and one for
the 120 volt receptacle which will be located next to the circuit breaker panel.
Each breaker shall be labeled to identify which light or receptacle it goes to.
Bidder Complies Y or N
Cord Reel
The successful bidder shall install a Rosemount Fire Department supplied cord
reel on the rear roll out tray. (Location to be determined at pre construction).
Bidder Complies Y or N
Flashlights
Four (4) Stream Light SL -15 flashlights with a Four (4) bank charger shall be
installed on the console between the seats in the cab The exact locations shall be
determined by the Rosemount Fire Department at the pre- construction meeting
Bidder Complies Y or N
Rear Directional Light
The successful bidder shall install a Rosemount Fire Department supplied
Arrowstik on the rear of the body the exact locations shall be determined by the
Rosemount Fire Department.
Bidder Complies Y or N
Graphics
NFPA and department approved custom reflective lettering and striping shall be
provided by bidder. All lettering and striping shall be done by the Grafix Shoppe
located in Eagan, Minnesota. Bidder shall contact the Grafix Shoppe for cost to be
included in the bid price.
All graphics shall be approved by the Rosemount Fire Department before
application on the vehicle.
Bidder Complies Y or N
23
Radio
The successful bidder shall install a Rosemount Fire Department supplied two way
radio in the center console. The exact location shall be determined by the
Rosemount Fire Department.
Bidder Complies Y or N
Antennas
There shall be one (1) RG58A -U antenna coax lead. Location to be determined at
pre- construction meeting.
Bidder Complies Y or N
SIREN Public Address System
The rescue vehicle shall be equipped with a Whelen WS -295 HFRS remote
amplifier electronic siren. Functions of the siren shall include radio rebroadcast,
PA, horn /siren operation, manual operation with push -button control, wail, yelp,
and piercer tones. The siren control head shall also indicate the function of each
speaker and provide for manual adjustment of the microphone volume. Two (2)
100 watt speaker drivers shall be installed under the front bumper of the vehicle
and be integral to the Cast SAP 4302 speaker system. The speakers shall not
protrude beyond the face of the bumper or bumper guards
Fasten Rear Belt Signs
One (1) "Use Of Seat Belt Required" sign
Bidder Complies Y or N
Paint Process
The following paint procedure shall apply to all side compartment doors and all
parts shall be hand washed with Sikkens M -600 or equal wax /grease remover and
air dried. All fabrications shall then be sanded with varying grits of sandpaper to
remove surface imperfections, ending with a 150 grit. After proper "tacking" to
remove all dust particles, fabricated components shall be sprayed with one (1) coat
of Sikkens CR or equal etching wash primer within eight (8) hours, all fabricated
components shall be sprayed with at least two (2) coats of Sikkens color build or
equal primer surfacer. After at least two (2) hours of primer surfacer dry time,
primer surfacer shall be presanded using 140 grit paper and final sanded with 360
grit paper. After final primer sanding, components shall again be washed with
Sikkens M600 or equal wax/grease remover, air dried, tacked to remove all dust
particles and spray painted with multiple coats of Sikkens Autocryl color and
Sikkens Autoclear top coat. Finish painted fabricated components shall then be
baked at a temperature of at lease 140 degrees, fora minimum of 15 minutes and
allowed to "air dry' overnight.
High Luster Buffing
24
The specified color painted components (except roll -up door slats) shall be "wet"
color sanded with ultra -fine media, machine buffed with rubbing compound and
wool pad, machine buffed with glaze and foam pad, and hand wiped to remove
residue.
Bidder Complies Y or N
Delivery
Final delivery of the completed apparatus shall be made via drive -away F.O.B Fire
Department Headquarters, at which time Rosemount Fire Department personnel
shall be instructed as to the proper use.
Bidder Complies Y or N
25